Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOLICITATION NOTICE

59 -- Wideband Amplifiers with RF of 2-8 GHz and 8-18 GHz - Specifications - Drawing 7491356 - Drawing 7491357

Notice Date
2/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-1006
 
Point of Contact
Chelsea A. Isherwood, Phone: 4018324381
 
E-Mail Address
chelsea.isherwood@navy.mil
(chelsea.isherwood@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-1006. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase wideband amplifiers on a Firm Fixed Price (FFP) Basis, as follows: CLIN # Description Quantity 0001 Wideband Amplifier, RF 2-8 GHz -In accordance with attached drawing and specification 7491356 25 each 0002 Wideband Amplifier, RF 8-18 GHz -In accordance with attached drawing and specification 7491357 25 each Offerors shall include shipping charges, if applicable, F.O.B. Destination to Newport, RI 02841. In order to access the aforementioned drawings, the company must be registered in the Joint Certification Program (JCP). If the offeror requires the drawings, a request must be submitted to Chelsea Isherwood (see contact information below) via e-mail from the POC listed in JCP, the Authorized Company Contact, as list on the Joint Certification Program (JCP) website: http//www.dlis.dla.mil/jcp/search.aspx. For more information regarding JCP registration, go to: http://public.logisticsinformationservice.dla.mil/jcp/Default.aspx. This requirement is being solicited as a 100% Small Business set-aside requirement under North American Industry Classification System (NAICS) Code 334310, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," and 52.209-11 "Representation by Corporations Regarding Delinquent Tax also apply to this solicitation." DFARS 252.204-7008 " Compliance with Safeguarding Covered Defense Information Controls," and 252.204-7015 " Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must quote the items specified, in their required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently Supplier Performance Risk System (SPRS)) may render a quote being deemed technically acceptable. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00 p.m. on 13 February 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1006/listing.html)
 
Record
SN04811944-W 20180208/180206231424-832dba21d85e6538cd5811a3d091305f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.